Loading...
HomeMy WebLinkAbout6.q. Receive Specifications/Authorize Ad for bid for Mini Rescue Truck for Fire DeapartmentAGENDA ITEM: Receive Specifications/ Authorize Ad for Bid for Mini Rescue Truck for Fire Dept AGENDA SECTION: CONSENT PREPARED BY: Linda Jentink, City Clerk AGE S ATTACHMENTS: Specifications, Public Notice APPROVED BY: RECOMMENDED ACTION: MOTION to receive the specifications and authorize the bid for a mini rescue truck for the Rosemount Fire Department with the bid opening 21, 5:00 p.m. ad for on June ACTION: City Council Meeting: MAY 17, 2005 CITY OF ROSEMOUNT EXECUTIVE SUMMARY FOR ACTION ISSUE Council consideration to accept the bid specifications for a mini rescue truck for the Fire Department and authorize publishing the ad for bid. BACKGROUND The Fire Department has requested the purchase of a mini rescue vehicle. Fire Department Captain Mike Reis headed a Fire Dept. committee to review the options in the specifications that would best suit the City of Rosemount. This vehicle has been in the Capital Improvement Project listed as the back -up rescue truck. It will be funded by Equipment Certificates which will go to bond sale on May 24, 2005. The bids will be received for thirty days following publication with the formal bid opening on June 21, 2005 at 5:00 p.m. The City Council will consider the bid results at the July 5th regular meeting pending review of the bid tabulations. SUMMARY Staff recommends a motion to receive the specifications and authorize the ad for bid for a mini rescue truck for the Rosemount Fire Department with the bid opening to be held on June 21, 2005 at 5.00 p.m. 4 ROSEMOUNT CITY OF ROSEMOUNT ADVERTISEMENT OF BID Mini Rescue Vehicle ADMINISTRATION Notice is hereby given that sealed bids will be received by the City of Rosemount until 5:00 p.m. on June 21, 2005 and will then be publicly opened and read aloud. Bids are being requested for a light rescue vehicle with rescue equipment and devices as put forth in the specifications. Specifications may be obtained through the office of the City Clerk, City of Rosemount, 2875 145 St. W., Rosemount, MN 55068. All bids shall be made on forms from the office of the City Clerk, which will be furnished free, to each bidder upon his request. All bids must be sealed, marked "Bids for Mini Rescue Vehicle" and addressed to the City Clerk. Each bid shall be accompanied by a certified check, cashier's check, or bid bond in the amount of five (5 percent of the total bid price, made payable to the City of Rosemount. The City of Rosemount reserves the right to reject any and all bids and to accept the bid it feels is in the best interest of the community. Dated this 17th day of May, 2005. BY ORDER OF THE CITY COUNCIL. Linda J Jentink, City Clerk City of Rosemount Dakota County, Minnesota Auxiliary aids and services are available Please contact the City Clerk at 651- 322 -2003 or 651- 322 -6219 (TDD number) to make a request. Examples of auxiliary aids or services may include sign language interpreter, assistive listening kit, accessible meeting locations, etc. SPIRIT OF PRIDE AND PROGRESS Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 -4997 651- 423 -4411 TDD /TTY 651- 423 -6219 Fax 651- 423 -4424 www ci.rosemoun mn.us 5/13/05 Custom Fire 509 68 Ave Osceola WI 54020 1- 800 443 -8851 Clarey's Safety Equipment, Inc. 3555 9th Street N.W. Rochester, MN 55901 1- 800 -558 -8009 Tom Conway Truck Equipment 907 Whitewater Ave St. Charles MN 55972 1 -507- 932 -5855 Mailing list for Mini Rescue Vehicle General Safety Equipment 25900 Fallbrook Wyoming MN 55092 1- 651- 462 -1000 North Central Ambulance Sales Service 18448 CR 9 P.O. Box 249 Lester Praire MN 55354 1- 763 493 -2514 Hieman Fire Equipment 248 HWY 60 Blvd. Ashton IO 51232 1- 800 831 -8547 CONTACT: CITY OF ROSEMOUNT GENERAL INSTRUCTIONS, REQUIREMENTS, AND SPECIFICATIONS MINI RESCUE VEHICLE Linda Jentink, City Clerk Rosemount City Hall 2875 145 Street West Rosemount, Minnesota 55068 651- 322 -2003 All questions /clarifications /inspections contact: Fire Dept Captain Mike Reis (Cell) 612 328 -7749 City of Rosemount 2875 145 Street West Rosemount, Minnesota 55068 We submit for your consideration the following bid in accordance with specifications on file in the office of the City Clerk in the City of Rosemount. MAKE OF EQUIPMENT BID MODEL OF EQUIPMENT BID All prices must be F.O.B. Rosemount, Minnesota. Base Bid Mini Rescue Vehicle NOTE: Any deviation from specifications for this mini rescue vehicle shall be noted on the specification sheet and a written explanation as to the exception provided with this bid form. Failure to do so may be reason for rejection of the bid. 1 DELIVERY DATE: 1 If the mini rescue vehicle is not delivered by the date stated or time specified, $50 per day liquidated damages will be enforced. Authorized Signature and title Bid enclosure requirements: 1. Bid Form and specification sheets. 2. Authorized Signature (within bid form). 3 Statement of any deviations to specifications, attach to bid form. BID FORM FOR Mini Rescue Vehicle 1 1 Date VENDOR'S NAME 4. Manufacturer literature specifications sheets. 5. Manufacturer warranty statement. 6. Option/altemates to be bid individually. Mini Rescue Specification For the Rosemount Fire Department Scope This specification covers a new, commercially produced, light rescue vehicle, hereinafter referred to as rescue vehicle. A vehicle in compliance with this specification shall be defined as a standard rescue. Bidder Complies Y or N Purpose The purpose of this document is to provide minimum specification and test parameters for the manufacture of a rescue vehicle that meets the needs of this agency. It establishes essential criteria for the design, performance, equipment and appearance of the vehicle. The object is to provide a vehicle that is in accordance with nationally recognized guidelines. Bidder Complies Y or N General This is an engineer, design, construct and deliver type specification and it is not the intention of this agency to write out vendors or manufacturers of similar or equal equipment of the types specified. It should be noted, however, that this specification is written around specific needs of this agency. With the intent to standardize certain components, therefore, in numerous places we have named specific brands of components. This has been done to establish a certain standard of quality. Other brands will only be accepted providing the vendor provides documentation in the bid that the particular brand offered meets or exceeds the quality of the actual brand called for the specification. Bidder Complies Y or N Materials The light rescue vehicle, chassis, rescue body, equipment, devices, accessories and electronic equipment to be delivered under this contract shall be standard commercial products, which meet or exceed the requirements of this specification. The rescue vehicle shall comply with all Federal Motor Vehicle Safety Standards (FMVSS), the Federal regulations applicable or specified for the year of manufacture. The chassis, components and optional items shall be as represented in the manufacturer's current technical data Materials used in the construction shall be new and not less than the quality conforming to current engineering and manufacturing practices Materials shall be free of defects and suitable for service intended. Bidder Complies Y or N 1 Manufacturing Ability It is the intent of these specifications that the manufacturer of this vehicle has the ability to manufacture a complete rescue vehicle within their plant facility, except for the chassis. Accessories such as light bars, sirens, etc., are not considered as basic components of the modular body. Bidder Complies Y or N Exceptions to Specifications Any exceptions to these specifications indicated must be clearly pointed out. Otherwise, it will be considered that items offered are in strict compliance with these specifications and the successful bidder will be held responsible for delivering a vehicle meeting these specifications. Any exceptions must reference by Paragraph Number and Line and be explained in detail on a separate sheet marked "Exceptions" Any bidder not complying shall not be considered as responsive. Bidder Complies Y or N Information and Descriptive Material Bidder must furnish all information requested. In addition, in the space provided on the bid, vendors shall supply at least one (1) complete set of drawings, descriptive literature and complete specifications covering the products offered. Bids not meeting this requirement will be rejected. Bidder Complies Y or N Prices and Payments All bid prices shall be complete and include warranty and delivery of the completed vehicle to this agency. Payment shall be made in accordance with these specifications and the Bid Proposal submitted by the Bidder. Payment will be made upon acceptance of the vehicle and equipment specified under these specifications. All bid prices and conditions must be specified on the Bid Proposal Form. Bid prices shall be valid for at least 30 days from the date of the Bid Opening, or as otherwise specified on the Bid Proposal form Full payment will be made when unit is received, inspected and found to comply with procurement specifications, free of damage and property invoiced Bidder Complies Y or N 2 General Warranty The new fire apparatus manufactured per these specifications shall be warranted for a minimum of ONE (1) year from the date of delivery, except for the chassis and other components noted herein Under this warranty, Bidder agrees to furnish any parts to replace those that have failed due to defective material of workmanship where there is no indication of abuse, neglect, unusual or other than normal service providing that such parts are, at the option of the Bidder, made available for inspection upon request, returned to Bidder's factory or other location designated by Bidder with transportation prepaid within 30 days after the date of failure or within ONE (1) year from the date of delivery of the apparatus to the original purchaser, whichever occurs first, and inspection indicates the failure was attributed to defective material or workmanship. Accessories /components warranted by their original manufacturer may be subject to re- installation charges under the terms of their respective warranties, especially if such warranties exceed the above 1 -year warranty terms The warranty on the chassis and chassis supplied components, storage batteries, generators, electrical lamps and other devices subject to deterioration is limited to the warranty of the manufacturer thereof and adjustments for the same are to be made directly with the chassis manufacturer by the Purchaser This warranty will not apply to any fire apparatus which has been repaired or altered outside the manufacturer's factory or designated facility in any way, which, in the manufacturer's opinion might affect its stability of reliability. Each warranty claim needing repair or service at the designated facility must receive preauthorization by Manufacturer prior to performance of any work. This warranty will not apply to those items which are usually considered to be normal maintenance and upkeep services: including, but not limited to, normal lubrication or proper adjustment or minor auxiliary pumps or reels. This warranty is in lieu of all other warranties, expressed or implied all other representations to the original purchaser, and all other obligations or liabilities, including liabilities for incidental or consequential damage on the part of the Bidder. Without limiting the foregoing, any express or implied warranties of merchantability or fitness for a particular purpose or warranties arising by Bidder neither assumes nor authorizes any person to assume for Bidder, any liability in connection with the sales of Bidder's apparatus unless made in writing by the Bidder 10 -YEAR WARRANTY ON ALUMINUM BODY FABRICATIONS 3 The fire apparatus manufacturer (body builder) shall warrant to the original purchaser only that the aluminum body components as fabricated by the body builder, under normal use with the reasonable maintenance, be structurally sound and shall remain free from corrosion perforation for a minimum of TEN (10) years. This warranty does not apply to the following items which are covered by a separate warranty: paint finish, hardware, moldings, and other accessories attached to this body Fire apparatus manufacturer makes no other warranty, express or implied, with respect to the aluminum body and all implied warranties of merchantability and fitness for a particular purpose are hereby disclaimed. The body builder shall replace, repair at the factory, or make a fair allowance for any defect in material or workmanship demonstrated to the satisfaction to have existed at the time of delivery or not due to misuse, negligence, or accident without charge. if the body builder elects to repair the body, the extend of such repair shall be, determined solely by the body builder, and shall be performed solely at the body builders factory, or at an approved facility. The expense of any transportation to or from such repair facility shall be borne by the purchaser and is not an item covered under this warranty The fire apparatus manufacturer (body builder) shall not be liable for consequential damages and under no circumstances shall its liability exceed the price for a defective body. The remedies set forth herein are exclusive and in substitution for all other remedies to which the purchaser would otherwise be entitled. The fire apparatus manufacturer (body builder) shall be given a reasonable opportunity to investigate all claims. The purchaser must commence any action arising out of, based upon or relating to agreement or the breach thereof, within twelve months from the date the cause of the action occurred. 5 -YEAR APPARATUS PAINT WARRANTY The five (5) year paint performance guarantee will cover the areas of the vehicle as are originally finished by the apparatus body manufacturer with the specified product for a period of five (5) years beginning the day the vehicle is delivered to the purchaser. The areas as outlined on the Guarantee Certificate, will be covered for the following paint failures: GUARANTEE INCLUSIONS: FULL APPARATUS BODY: Peeling or delamination of the topcoat and /or other layers of paint. 4 Cracking or checking Loss of gloss caused by cracking, checking, or hazing Any paint failure caused by defective finishes which are covered by this guarantee All guarantee exclusions, limitations, and methods of claim are covered in the full certificate provided to the original owner. The warranty on the chassis paint is limited to the warranty of the manufacturer thereof and adjustments for the same are to be made directly with the chassis manufacturer by the Purchaser. Bidder Complies Y or N Inspection Trips The Truck Committee members shall be advised as to the date of the following phases of construction. Pre Construction (prior to bending of metal). Pre -Paint (final design /equipment layout), and Pre Delivery. Truck Committee members reserve the right to travel to the factory during these stages of construction. Bidder shall arrange for the above specified "Pre- Construction Conference to be held at the manufacturer's factory, at which time all final designs and equipment mounting locations will be approved Any changes to original proposal specifications, as approved at the Pre Construction Conference, shall be noted on a "revised specification provided by the manufacturer and distributed to Truck Committee members within five working days after Pre Construction Conference. Bidder Complies Y or N Delivery The delivery schedules that are submitted by the Bidder and agreed upon by the Purchaser shall automatically become binding upon the successful Bidder. Bidder Complies Y or N General vehicular Design, Types and Floor plan The rescue vehicle and the allied equipment furnished under this specification shall be the manufacturer's current commercial vehicle of the type and class specified. The rescue vehicle shall be complete with the operating accessories as specified herein: furnished with such modifications and attachments as may be necessary 5 and specified to enable the vehicle to function reliably and efficiently in sustained operation, the design of the vehicle and the specified equipment shall permit accessibility for servicing, replacement and adjustment of component parts and accessories with minimum disturbance to other components and systems The term "heavy duty" as used to describe an item, shall mean in excess of the usual quantity, quality or capacity that is normally supplied with the standard production vehicle component Bidder Complies Y or N Chassis The Rosemount Fire Department shall supply the chassis. The chassis shall be: 2006 Ford F -450 Crew Cab DRW Oxford White Diesel Engine Automatic Transmission 200" wheel base 84" cab to rear axel Four Wheel Drive Air Conditioning XL Decor Group Front Bucket Seats Rear Split Bench Seat Duel Alternator Bidder Complies Y or N Chassis Additions Rubber mud flaps shall be installed behind the front and rear wheels. Diamond plate running boards, matching diamond plating on rescue body shall be installed on the chassis. Stainless Steel Decor wheel simulators with fill extensions shall be installed on the chassis Bidder Complies Y or N Instrument Console In the vehicle's cab there shall be provided a control console. It shall be constructed to allow easy access to the specified gauges, controls, radio and switches as required by these specifications. This console shall be installed in a floor- mounted housing to the driver's right side It shall not interfere with the operation of dash mounted controls, nor will it be installed above the level of the 6 dash. The console shall be connected to the master printed circuit board by a single cable with quick- disconnect, computer -type plug -in connections. There shall be no electrical components for this console mounted in the vehicle dash. Consoles mounted overhead are unacceptable since they require the driver to look away from the road. NO EXCEPTIONS. A center console shall be provided between the bucket seats in the cab. The console shall have two (2) map storage slots and provide an area for mounting the fire department accessories. Bidder Complies Y or N Electrical System The rescue vehicle's electrical system shall be equipped with, but not limited to the following: dual 12 volt batteries, ignition, starting, generating, lighting, visual and audible warning systems, specified electronics equipment and devices to include control console located in the cab other specified accessory wiring. The electrical systems and equipment shall comply with all applicable FMVSS including Federal Motor Carrier Safety Regulations (FMCSR), and shall also conform to all the applicable SAE recommended standard and practices whether or not specifically referenced in this document. All electrical and electronic components shall be selected to minimize electrical loads and levels of heat generated by those electrical components thereby not exceeding the vehicle's generating system capacity or diminish its ability to provide the required levels of electrical power Electrical systems utilizing switching of "hot load" circuits for emergency and warning lighting shall not be accepted by this agency. All electrical system components and wiring shall be readily accessible through access panels for checking and maintenance. The cab console shall also be constructed in such a way that the switches and gauges are easily serviced. They shall be accessible through service panels. These panels will be secured in the closed position in a positive manner; yet can be easily opened for service. Bidder Complies Y or N Battery System There shall be furnished a Cole Hersee ON -OFF master battery switch. The switch shall be mounted on the center Console. This switch shall be capable of carrying the load of both batteries. Additionally, it shall be possible to completely disconnect both batteries, with the switch in the off position. The switch shall deactivate both body and chassis electrical power. Bidder Complies Y or N Battery System 7 The vehicle shall be supplied with a dual OEM 12 volt battery system. The batteries will have a combined minimum cold cranking ampere capacity of 1500 CCA. Bidder Complies Y or N Battery Indicator Two (2) battery indicator lights shall be provided. They shall be GREEN lights with a surface equal to approximately inch. When the vehicle ignition switch is in the "ON" position these lights shall indicate batteries are "on line" and powering the system. Bidder Complies Y or N Driver's Compartment Controls The front Control Switch Panel shall incorporate low voltage full size easy -to -use rocker switches for rescue vehicle equipment operation, including, but not limited to the following siren, all warning and emergency lights, battery indicator lights, horn /siren cut -off switch, silent signal intercom, and rear flood lights, compartment and entry door ajar warning light, body compartment master switch and emergency lights master switch. The control console shall be connected to the electronic control module by a computer cable. The control console shall not be integrated into the center console. The control panel shall be positioned for efficient use by the driver or passenger and to facilitate peripheral vision operation by the driver allowing him continued visual contact with the roadway ahead The control console's gauges shall be internally illuminated and controlled by the headlight switch rheostat function. Bidder Complies Y or N Warning Indicators The electrical system shall incorporate a warning light panel located in the front control switch panel It shall provide indicator lights showing compartment door(s) side and rear, are open and shall be flashing RED light approximately' /2" in diameter. There shall be an exterior compartment "door open" warning light and shall be flashing AMBER light approximately' in diameter. Bidder Complies Y or N Back -up Alarm The vehicle shall have a solid -state back -up alarm of at least 97 decibels equipped with a cancel button located on the front control switch panel that will deactivate the alarm The alarm shall be an automatically resetting type whereby the alarm is reactivated automatically each time the vehicle is placed in reverse gear. The purchaser acknowledges and accepts that the provision for back -up alarm cut -off switch may be in non compliance with motor vehicle regulations in certain states. 8 Bidder Complies Y or N Emergency Lights Master Switch The emergency lights "master" switch shall be Dual Touch Tech VI type switch having a translucent label with a RED "on" indicator. The remainder of the function switches shall be low voltage switches. The switch shall be connected to the electronic control module by a computer cable. All switch labels shall be back lighted, permanently identifying it as to function and have an LED indicator to show what function is activated Bidder Complies Y or N Back Lighting Back lighting for the front control switch panel shall turn on with the headlights and be controlled by the headlight switch rheostat function. Bidder Complies Y or N Exterior Lamps All exterior housings for lamps, electrical devices and fixtures shall be corrosion resistant and weatherproofed. Electrical fixtures attached to the sides of the rescue vehicle below the 75 -inch level shall be near flush mounted, not to protrude more than two (2) inches. Bidder Complies Y or N Radio Interference Protection All electronic devices and equipment installed which produce RFI, shall have the proper filters, suppressors or shielding to prevent electromagnetic radiation and the resultant interference to radios. Bidder Complies Y or N Wiring Installation The rescue body and accessory electrical equipment shall be served by circuit(s) separate and distinct from the vehicle chassis circuits. All power wiring provided by the rescue vehicle manufacturer shall be copper and conform to all the SAE J1292 requirements and shall have type GXL or SXL high temperature thermoplastic or better insulation rated to 125 degrees centigrade and conforming to SAE J1127 and J1128. Insulation on the low- voltage, computer -type control cables shall have a minimum temperature rating of eighty (80 C degrees centigrade. Bidder Complies Y or N 9 Wiring Labeling The wiring shall be permanently color coded; Ink Jet Dyed with the function the wire serves. These function shall be embossed at a minimum of 4" intervals the entire length of the wire. Bidder Complies Y or N Wiring Loom The engine winng shall be routed in conduit or high temperature looms with a rating of 300 degrees Fahrenheit, which is a different color that the OEM chassis manufacturer's loom All added wiring shall be in protective loom, located in accessible, enclosed and protected locations, and kept at least six inches away from the exhaust system components Electrical wiring and components shall not terminate in the oxygen storage compartment except for the compartment light and door switch plunger. Wiring necessarily passing through an oxygen compartment shall be routed in a metal conduit. All conduits, looms and wiring shall be secured to the body or frame with insulated metal straps in order to prevent sagging and movement which results in chafing, pinching, snagging, or any other damage. All apertures on the vehicle shall be properly grommeted for passing wiring and conform to SAE 1292. All items used for protecting or securing the wiring shall be appropriate for the specific application and be standard automotive, aircraft, marine or electrical hardware. Bidder Complies Y or N Circuit Connections Circuit connections shall be made on high current terminal block, brass bolts, or approved electronic connectors. Connection components selected to minimize heat generation under circuit board. All terminals shall fasten directly to the terminal block or be machine crimped to plastic enclosed spade terminals or open ring connectors. Bidder Complies Y or N Circuit Connection (2) The use of "Scotch- Lock" type fasteners is NOT ACCEPTABLE. To ensure minimal voltage drop and secure connection, NO splices shall be allowed in the wiring harness. Bidder Complies Y or N Wiring Gauge 10 All main harness wiring installed by the rescue vehicle manufacturer shall be rated to carry 125% of the maximum load ratings of the circuit it is designed to service. All cables larger than 18 AWG shall have the terminals mechanically crimped to insure minimal voltage drop. Bidder Complies Y or N Battery Cable Routing The routing of the battery cable shall be from the engine compartment to the main power distribution panel. This panel's location is defined by where the manufacturer elects to mount the malor electrical components that control the electrical system The manufacturer may mount this panel at a place in the vehicle of his own choosing so long as it is NOT in the engine compartment The battery cables shall be 00 AWG cables run to the main power distribution panel via the cab and shall be fully protected by high temperature loom and routed through rubber insulated metal cable clamps. The battery cables shall not be routed under chassis frame components. Cables routed in this manner shall render the bidder as unresponsive and shall constitute grounds for rejection of any vehicle delivered to this agency. Bidder Complies Y or N Wiring Criteria All wiring devices, outlets, etc., except circuit breakers, and switches shall be rated to carry at least 125% of the maximum ampere load for which the circuit is protected There shall be a main power distribution board located within the rescue vehicle. This panel shall incorporate an etched trace 'printed" circuit board with plug in style relays and circuit breakers. The board shall be a polyclad layered glass epoxy with a NEMA grade rating of FR-4. The board shall be rated to withstand the MIL STD -810C Corrosion test and the MIL STD 551100 Thermo Shock test. The panel shall incorporate LED indicators indicating relay drive circuit operation. These LED's are labeled to indicate the circuit that is energized. This board shall be mounted to a 125" aluminum panel that shall be attached to the bulkhead in a manner to allow easy removal. All circuits in the panel shall be permanently labeled with circuit number and function. These labels shall match the wiring schematic included with the vehicle(s) at time of delivery it is preferred that this panel be mounted on or near the front bulkhead of the forward exterior compartment in a closed, well ventilated cabinet. All circuit breakers, relays, flashers and diodes shall be mounted on this panel and be easily accessible. NO EXCEPTIONS. Bidder Complies Y or N Electronic Control Module 11 Adjacent to the main power distribution board there shall be the electronic control module. This module shall include four (4) etched trace "printed" circuit boards connected to the total electrical system by three (3) computer type cables This module shall direct low voltage switch commands from the front and rear control panels to the relays on the main power distribution board. This module shall be capable of upgrade to include, if specified, an automatic sequencer circuit for emergency lighting and /or a load manager circuit to automatically "unload" non- critical lighting in the event of battery or charging system problems. There shall be spare dumper cards supplied with the vehicle for the logic board; one (1) each for the five- minute timer circuit and the sequencer /load manager circuits, if specified NO EXCEPTIONS. A load manager with sequencer shall be supplied and installed. A six -inch service loop of wire or harness shall be provided at all electrical components, terminals, and connection points. Circuit breakers shall be of the automatic reset type and designed specifically for each circuit. One spare 15- ampere circuit breaker shall be provided for future use. A Whelen Model AF6016A Dual Mode solid -state electronic flasher shall be heat sink mounted to the panel for control of the flashing warning light system. Low voltage switches through the electronic control module shall control this flasher. All connections and terminals provided shall comply with SAE J163, or J561 or J928 as applicable The main wiring harness for the module body shall be installed down the center of the body ceiling. Each electrical circuit shall branch from its master harness as needed There shall be no splices in this harness. Each circuit wire shall run from the distribution panel to the fixture without a break or connection. Bidder Complies Y or N 115 Volt AC Utility Power The vehicle shall be furnished with a 2 -wire plus ground 115 volt AC wiring system that is separate and distinct from the vehicle's 12 -volt DC wiring system. The 115 volt AC electrical system, including wiring and associated equipment, shall comply with Article 551 of the National Electrical Code and with AMD Standard 009. This system is to be used while the vehicle is on standby for powering maintenance devices, medical equipment, battery chargers, and for any other device(s) deemed necessary by this agency. The 115 -volt system shall incorporate a 15- ampere ground fault interrupter (GFI) device. Bidder Complies Y or N Shoreline Inlet A shoreline inlet shall be installed on the front face of the module, on the driver's side. This inlet wiring shall connect to the 115 VAC outlets. This inlet shall be 12 rated at 115 VAC, 20 amperes and be permanently marked as such. This warning shall comply with AMD standard 009 A Kussmaul 20 amp auto eject inlet with cover shall be supplied. Bidder Complies Y or N Marking of Switches, Indicators and Control Devices All switches, indicators and control devices supplied by the rescue vehicle manufacturer shall employ permanently engraved translucent labels. These shall be backlit and be activated when the "MASTER" switch is on. Decals or other "stick on" type labels are NOT ACCEPTABLE. Bidder Complies Y or N Door Open Module All door open warning switches will be wired through individual circuits directly to a solid -state LED diagnostic board. There will be individual circuit connections with individual LED circuit indicators for identifying switch or circuit failures. This module will be located in the ECC. An audible alarm will be mounted in the front control console and will be an integral part of the electrical conversion system. The audible alarm will be activated when any exterior compartment or entry door is open The alarm will be bypassed when the vehicle is placed in park and will automatically reactivate when the vehicle is placed in gear. Bidder Complies Y or N Vehicle Exterior Lighting The basic exterior lighting shall comply with FMVSS Standard NO. 108 and the requirements therein and include: amber front and rear directional signals and hazard warning lights, front and rear side marker lights, back -up light(s), clearance lamps, rescue vehicle emergency lights and hand -held spotlight. The side marker lights shall also function as a turn signal indicator. Two (2) Whelen 600 series LED Brake/Turn /Halogen Back up lights shall be installed vertically on the rear. Bidder Complies Y or N Underbodv Lights Six (6) underbody lights shall be supplied with the mini rescue. One light shall be provided under each chassis door connected to the door switch. The light shall activate in park. Two (2) lights shall be located at the rear of the mini rescue. There shall be a switch on the console to activate all the underbody lights in addition to the door switches. 13 Bidder Complies Y or N Vehicle Emergency Lighting Systems The emergency lighting system must provide the vehicle with 360 degrees of visual warning conspicuity. The system must display highly perceptible and attention getting signals that function in a mode system and convey the message in the PRIMARY MODE "Clear the Right -of -Way" and the SECONDARY Mode Hazard Vehicle stopped on Right -of -Way The Primary/Secondary modes shall be controlled by a switch on the front control console. Bidder Complies Y or N Warning Lights The warning light system shall contain two (2) Whelen 900 Series LED red lights on the upper rear These lights shall function in a dual mode system. The upper body warning lights shall be identical and mounted at the extreme upper front corner and rear corner areas of the rescue body below the horizontal roofline. Doors, auxiliary lights, or siren(s) shall not obstruct these warning lights. The Whelen 700 Series LED red "grille" lights shall be located at least 30 inches above the ground and below the bottom edge of the windshield and be laterally separated by at least 18 inches, measured from centerline to centerline of each lamp The Whelen 700 Series LED red "intersection" lights shall be mounted on the front fenders of the chassis as far forward as possible. Two (2) Whelen 700 Series LED red lights shall be provided in the wheel well area, one on each side Two (2) Whelen 700 Series LED red lights shall be provided on the lower rear, one in each side All warning lights furnished shall be mounted to project their highest effective intensity beams on the horizontal axis. A code 3 MX 7000 lightbar with opticon shall be supplied by the Rosemount Fire Department. The successful Bidder shall install the lightbar and opticom. Two (2) 12 volt scene lights shall be provided on the rear of the apparatus. There shall be a switch in the center console and a switch at the rear to activate lights. The fights shall also be activated when the truck is in reverse. Bidder Complies Y or N Hardware, Construction, Switching Arrangements The emergency lighting system shall be comprised of components and devices that comply with the general requirements and tests of SAE J575g, J576d, and J551 Waming lights shall be firmly fastened to reinforced body surfaces All connectors and wiring shall be rated to carry a minimum of 125% of their maximum ampere bad. 14 All emergency light switches shall be labeled. The PRIMARY /SECONDARY mode switch shall have a dual indicator light to show the driver which mode is activated. All warning light control switches shall be located in the driver's console. The emergency light switches shall be wired and arranged to provide the warning light signal modes and combinations. Bidder Complies Y or N Spotlight A hand -held spotlight shall be provided with a minimum 100,000 candlepower lamp It shall be a corrosion proof housing with a momentary switch and a minimum 8 -foot heavy duty coiled cord. It shall be hard -wired into the front switch console. Bidder Complies Y or N Vehicle Interior Lighting The basic interior lighting configuration shall be designed to minimize electrical loads to include: A driver's compartment dome light, instrument panel lights, master switch panel and console light(s) Lighting shall be designed and located so that no glare is reflected into the driver's eyes or his line of vision from switch control panels or other areas that are illuminated while the vehicle is in motion. Bidder Complies Y or N Body, General Construction It is the intention of these specifications to require that the all aluminum rescue modular body be designed and fabricated to provide the safest possible surroundings while offering the greatest available payload capability in an affordable, state of the art environment. No rivets screw, or other metal fasteners shall be used for the attachment of any exterior body panel to a structural member. Bidder Complies Y or N Body Skin Thickness and Alloy All sidewall, front and rear panels will be single piece 1125" 5052 H34 aluminum with a minimum density of 1.75 pounds per square foot. The single piece body skin shall be attached to the 2" x 2" structural with interval welds spaced at 8" along the mating edge of each structural tubing member. In addition, the skin shall be bonded to each structural upright full length using high strength Chemrex CX 400 adhesive. The body skin is welded to each corner post along the inside contact point of each corner extrusion. This method if installation provides a 15 welded application to the entire perimeter of the body side skin, a bonded attachment to the wall substructure and an additional flexible adhesive bond for enhanced support Alternative bonding methods that utilize liquids, caulks, tape or rivets as an attachment process for bonding the side skin to the body structure will not be acceptable. Bidder Complies Y or N Body Structural Framing All framing will be a minimum of 2" x 2" square tubing with a wall thickness of 125" and an alloy rating of 6061 -T6. Tubing members will be spaced on a minimum 12- inch centers for optimum load and structural support. Gussets shall be added at all stress points. Gussets will be either .250" plate or 2" square tubing welded to the adjacent structural member at 45- degree angles for diagonal strength. Bidder Complies Y or N Vertical Corner Posts As a part of the inherent structural strength of the modular unit, the use of reinforced extruded corner post is required The vertical posts will measure 2.75" x 2.75 with a 2.125" radius, a minimum wall thickness of 125" and will have an alloy rating of 6061 -T6 The extrusion shall have full length slots for insertion of the exterior wall skin. This characteristic eliminates exposed panel edges and with the added benefit of seam sealed joints, reduces oxidation and corrosion The slot provides an area on the inside of the extrusion /sheet junction for welding the body side skin to the corner extrusion. Additionally, the extrusion shall incorporate a full length, integrally extruded center reinforcement rib with a minimum thickness of .200 inches and two side flanges. Rolled radius corners post, or "add -on" type covers that are not a part of the extruded vertical corner posts, shall not be accepted Bidder must be prepared to verify compliances with this section. Drawings and samples of actual matenals used may be required The lower ends of the vertical corner posts must be closed off with an aluminum plate. The vertical corner posts and the roof corner extrusion shall be mated by a cast aluminum corner cap welded to all three extrusions inside and out. Construction, which merely welds the extrusions together, is unacceptable. Bidder Complies Y or N Roof The roof shall be constructed of a SINGLE aluminum sheet minimum .090 inch think. Roof framing to be 2" x 2" square tubing on 12 inch centers below three (3) longitudinal full length extruded hat sections measuring 1" x 3" x .125" thickness with an alloy of 6061 -T6. The roof sheeting shall not be required as integral part of the roof structure, but the roof structure itself shall be designed to carry the 16 required load. In addition, a minimum 1" "crown" shall be built into the roof structure to facilitate water run off and a flat roof will not be considered. Bidder Complies Y or N Horizontal Roof Edge Roof edge extrusions to measure 6" x 4.75" minimum with a 2" radius, and a minimum wall thickness of .125 Roof edge to be extruded from 6061 -T6 temper and alloy material and contain a drip rail integral to the structure. Roof sheet shall be welded to the outer extrusions using a continuous weld on all four sides. Bidder Complies Y or N Static Load Test The rescue vehicle body as a unit shall be designed and built to provide impact resistance. The body shall be of sufficient strength to support the entire weight of the "fully" loaded vehicle on its top or side if overturned, without crushing, separation of joints, or excessive deformation of roof bows, reinforcements, body parts, doors, floor members, inner linings, outer panels, rub rails or any other structure in accordance with AMD Standard No 001. Bidder Complies Y or N Sub floor Structure The sub floor structure of the modular body shall be constructed of 2" x 2" x .125" structural channels. There shall be two (2) longitudinal and six (6) lateral channels welded to the modular body under the subfloor. There shall be a double channel at the rear door area and a corner -to- corner channel at the front wall of the module. In addition, around the fuel tank area there shall be four (4) 1" x 2" channels welded between each of the longitudinal supports and spaced not greater than 12" apart The subfloor structure shall accommodate a 4" x 5" x .250" Tube of 6061 -T6 alloy as an "in- frame" pass through for the OEM fuel filler neck. Accommodations for this fuel filler that employ routing under the sub -floor frame or with frame trimmed away to allow the fuel filler to pass through shall not be acceptable to this agency. Bidder Complies Y or N Body Mounting The modular body shall be mounted to the chassis with a system of rubber pucks Other methods of body to chassis mounting which do not match the way the OEM cab is mounted will not be considered because of the inordinate amount of stress created by the cab and the modular body flexing differently and thereby working against each other. 17 There shall be ten (10) W thick by 6" wide aluminum plates of 6061T6 alloy welded to the underside of the structural floor to provide puck mounting locations five (5) per side. Rescue body shall be bolted to chassis using pre- existing holes in chassis frame in a manner so as to comply with all specifications. The puck mounting bolts shall be installed from the underside up through the puck assembly and both mounting brackets with a steel plate and weldnut assembly on top. Puck mounting bolts are to be properly torqued to 60 -65 ft.lb. There shall be .125" ribbed rubber electrolytic barriers between the dissimilar metals of the steel weldnut assembly and the 'h" aluminum mounting plates For ease of remount, the bolts can be easily removed from the underside of each puck. Bidder Complies Y or N Door Construction All module entry and compartment doors to be a minimum of 2 inches thick and fabricated in the following manner: (A) Exterior door skin shall consist of a single .125" aluminum sheet that is machine cut and formed to provide a smooth and unbroken finish. The door shall include a full perimeter internal extrusion designed to create a solid, square support structure for each door. This extrusion shall be designed in such a way that when the door is finished, there is no visible extrusion showing, thus creating a smoothly finished edge that will not allow dirt, salt, or other foreign matter to be trapped around the extrusion. Door extrusions will be mitered at each corner, fitted with an extruded, saw toothed key seat specifically designed to insert into the door extrusion and welded to promote a square fit and to prevent frame member to separation. The doors will be interval welded around the inside seam of the formed door skin and the extruded internal support. (B) The doorjamb will consist of a custom exterior extrusion with an alloy rating of 6061 -T6. The doorjamb extrusions will be mitered at each corner and welded to promote a square fit and to prevent frame member separation. The doorjamb will be attached to the body framing with 3M -VHB tape, interval welding around the full perimeter of the door opening and the joint between the jamb and the body side skin will be thoroughly seam sealed to provide a smooth unbroken finish and to prevent contamination, oxidation and corrosion. Bolting or screwing the casing to the body is not acceptable. (C). The exterior door skin panel shall be .125" thickness; 5052 -H34 ally rated aluminum, with the formed corners welded and finished to provide a smooth unbroken appearance. (D). All doors to be reinforced with extruded internal braces bonded to skin surfaces. (E). All doors are to be flush with their adjacent extruded doorjambs. 18 (F). All doors shall have full length stainless steel hinges with a .250" diameter pins Stainless steel hinges shall be punch slotted for vertical and horizontal adjustments and attached with stainless steel screws. A neoprene barrier gasket must be installed on both sides of hinge attachment. (G). All doors shall close on a continuous, extruded rubber gasket complex mounted on the inner flange of the door extrusion. The automotive style hollow bulb seal will have an integral rubber flange designed to be inserted into a groove provided on the inner doorframe extrusion. The interior edge of the doorjamb shall be specifically engineered to provide a flat sealing surface around the entire perimeter of the door opening. This specialized design provides an unbroken, full perimeter seal outside the door latching assembly to enhance the watertight integrity of each door. Seals that are glued on or mounted to the compartment doors will be unacceptable due to their tendency to be torn by loading or unloading onboard equipment. (H) All access doors to be insulated with 1.875" Styrofoam. (I). The lower surface of the door jamb of each exterior compartment shall be trimmed with a stainless steel trip piece which conforms to the door sill and breaks over and down the side of the body behind the lower body rub rail. Bidder Complies Y or N Rear Access Compartment Door Access to the rear body compartment, housing the 40 "W x 84 "L rollout tray, shall be through a full- height, slatted aluminum, roll -up door. This door shall provide a clear opening above the rollout tray for easy access to equipment. Bidder Complies Y or N Hold -Open Devices (A). All compartment doors are to have Suspa or equivalent hold- opens. (B). Compartment and access doors are to have separate "door open" warning indicator lights installed on the front switch control panel. Bidder Complies Y or N Exterior Compartment Latching Mechanism All compartments shall have a latching mechanism with the following characteristics (A). All exterior compartments shall have near flush TriMark automotive style paddle or ring handles with rotary type latches. These rotary style locks shall lock 19 on to a "NADIR" type pin located in the door frames. Nadir pins shall be adjustable. Locking systems not using the above style hardware will be unacceptable (B) All of the above latches must be installed with a corrosion barrier type gasket between latch and door surfaces C1052 zinc- plated steel connecting rods shall be used between the paddle handle and the rotary latches. These rods shall be threaded at the latch end to allow the door rod connector to be screwed onto the rod itself The other end of the rod shall be a formed eyelet incorporating a hole for the handle pin. This system shall conform to AMD Standard 002. Systems using pulleys, cables, turnbuckles, or welded together components are not acceptable, and will be rejected. No exceptions to the above requirements will be allowed Systems using pulleys, cables or tumbuckles are not acceptable, and will be rejected. No exceptions to the above requirements will be allowed. Bidder Complies Y or N Compartment Construction All compartment top, sides and back panels must be a minimum thickness of .100 diamond -plate aluminum. Bottom of compartment must be .125 diamond -plate aluminum All compartment joints must be sealed after MIG or TIG welding Bidder Complies Y or N Compartment Shelving Outside compartment shall have the following minimum requirements: (A) All shelving to be fabricated from .125" diamond -plate with retainer lips of 1" in height showing diamond -plate on exposed surface. (B) Shelving to be supported by four (4) heavy duty angle brackets attached to four (4) full height formed vertical channel tracks (2 per side). interior flanges of channel bracket to be serrated to insure positive locking of shelf position and prevent shakedown of shelving during transit under heavy loads. (C). Easy adjustment of shelf position to be accomplished by loosening four (4) bolts. (D). All exterior compartments and pull out trays shall be lined with Mate -Flex or equal raised lining. (E) All interior compartment finish, including interior door panels shall be sprayed in bed liner type material, color shall be light gray. Two (2) shelves in compartment 1 DSF 20 Two (2) shelves in compartment 4 DSR Two (2) shelves in compartment 5 PSR One (1) shelf in compartment 6 PS Middle over wheel Two (2) shelves in compartment 8 PSF Bidder Complies Y or N Backboard Storage Three (3) Storage Slots for backboard storage shall be provided in the upper portion of the transverse area between compartment 2 (drivers side) and compartment 7 (passenger side). The dividers shall be hung from the ceiling with access from each side of the rescue Bidder Complies Y or N Body Trim The following fixtures shall be added to the module shell for body protection and enhanced appearance All items to be constructed of a minimum .125" thick bright polished aluminum tread plate with a minimum alloy property of #3003. All trim shall be attached with stainless steel screws or bolts and shall consist of the following. (A). Radius formed diamond -plate corner guards on all four corners with a minimum height of 11 inches Front corner guards shall be 24 (B) 2" high by 1" wide boxed rub nails with tapered, closed ends shall be installed at the bottom edge on each side of the body, Rub rails are to be bolted on for ease of replacement and shall be spaced away from body .125" to prevent forming a dirt trap. (C) A full height, full width read diamond -plate kick plate shall be installed from the rear step to the bottom of the rear door (D) An aluminum open grid strut step with individual diamond -plate end caps shall be installed at the rear. Step to be non flexing. End cap pod framework to be constructed of 2" x 3" steel closed tube, corner braced and welded to mainframe (E). A formed polished cast aluminum fender flare shall be installed at each modular wheel well opening The flare shall provide additional body protection and shall be installed in such a manner as not to rub the rear tires (F). Recessed polished cast aluminum fill guards shall be installed at the fuel fill openings in the streetside of the module. Bidder Complies Y or N 21 Rear Tow Eyes Tow (2) recessed rear tow eyes shall be provided on the rear of the rescue truck. Bidder Complies Y or N Floor The sub floor of module body shall be .090 inch 3003 -H14 aluminum securely welded to the wall structures and exterior compartment and completely sealed from outside elements. Bidder Complies Y or N Front Compartment Heater A 12 volt 1500 watt electric heater shall be provided in the front compartment. It shall be a separate switch on the center console. Bidder Complies Y or N Pull -Out Compartment Tray, Rear There shall be one (1) pullout slider tray, full width /full length, mounted in the rear compartment of the rescue vehicle This tray shall be mounted on heavy -duty sliders that allow the full length of the tray to be accessible outside the body of the vehicle. The tray shall be constructed of .125" diamond -plate with 2 -inch high lips on all four sides and TIP welded around all exposed edges. There shall be no drain holes in this tray Bidder Complies Y or N Compartment Lighting All compartments shall have individual lighting. Bidder Complies Y or N Telescopic Lights Two (2) 500 watt bottom raise telescopic low profile lights shall be installed on the rear of the rescue truck. These lights will be wired with 120 volt coil cord and be permanently wired to recessed body mounted electncal Junction boxes Junction boxes will be powered by generator circuit breaker panel located in the rear cabinet. Bidder Complies Y or N Generator installation 22 The successful bidder shall install a Rosemount Fire Department supplied Honda 3500 watt generator on the rear roll out tray. The generator shall be mounted so that it may be easily removed from the tray. Bidder Complies Y or N Generator Circuit Breaker Panel There shall be one (1) square D or equal circuit breaker panel furnished amperage to be determined by builder. There shall be one (1) individual switch type manual reset circuit breaker for each 120 volt Telescoping Light and one for the 120 volt receptacle which will be located next to the circuit breaker panel. Each breaker shall be labeled to identify which light or receptacle it goes to. Bidder Complies Y or N Cord Reel The successful bidder shall install a Rosemount Fire Department supplied cord reel on the rear roll out tray. (Location to be determined at pre construction). Bidder Complies Y or N Flashlights Four (4) Stream Light SL -15 flashlights with a Four (4) bank charger shall be installed on the console between the seats in the cab The exact locations shall be determined by the Rosemount Fire Department at the pre- construction meeting Bidder Complies Y or N Rear Directional Light The successful bidder shall install a Rosemount Fire Department supplied Arrowstik on the rear of the body the exact locations shall be determined by the Rosemount Fire Department. Bidder Complies Y or N Graphics NFPA and department approved custom reflective lettering and striping shall be provided by bidder. All lettering and striping shall be done by the Grafix Shoppe located in Eagan, Minnesota. Bidder shall contact the Grafix Shoppe for cost to be included in the bid price. All graphics shall be approved by the Rosemount Fire Department before application on the vehicle. Bidder Complies Y or N 23 Radio The successful bidder shall install a Rosemount Fire Department supplied two way radio in the center console. The exact location shall be determined by the Rosemount Fire Department. Bidder Complies Y or N Antennas There shall be one (1) RG58A -U antenna coax lead. Location to be determined at pre- construction meeting. Bidder Complies Y or N SIREN Public Address System The rescue vehicle shall be equipped with a Whelen WS -295 HFRS remote amplifier electronic siren. Functions of the siren shall include radio rebroadcast, PA, horn /siren operation, manual operation with push -button control, wail, yelp, and piercer tones. The siren control head shall also indicate the function of each speaker and provide for manual adjustment of the microphone volume. Two (2) 100 watt speaker drivers shall be installed under the front bumper of the vehicle and be integral to the Cast SAP 4302 speaker system. The speakers shall not protrude beyond the face of the bumper or bumper guards Fasten Rear Belt Signs One (1) "Use Of Seat Belt Required" sign Bidder Complies Y or N Paint Process The following paint procedure shall apply to all side compartment doors and all parts shall be hand washed with Sikkens M -600 or equal wax /grease remover and air dried. All fabrications shall then be sanded with varying grits of sandpaper to remove surface imperfections, ending with a 150 grit. After proper "tacking" to remove all dust particles, fabricated components shall be sprayed with one (1) coat of Sikkens CR or equal etching wash primer within eight (8) hours, all fabricated components shall be sprayed with at least two (2) coats of Sikkens color build or equal primer surfacer. After at least two (2) hours of primer surfacer dry time, primer surfacer shall be presanded using 140 grit paper and final sanded with 360 grit paper. After final primer sanding, components shall again be washed with Sikkens M600 or equal wax/grease remover, air dried, tacked to remove all dust particles and spray painted with multiple coats of Sikkens Autocryl color and Sikkens Autoclear top coat. Finish painted fabricated components shall then be baked at a temperature of at lease 140 degrees, fora minimum of 15 minutes and allowed to "air dry' overnight. High Luster Buffing 24 The specified color painted components (except roll -up door slats) shall be "wet" color sanded with ultra -fine media, machine buffed with rubbing compound and wool pad, machine buffed with glaze and foam pad, and hand wiped to remove residue. Bidder Complies Y or N Delivery Final delivery of the completed apparatus shall be made via drive -away F.O.B Fire Department Headquarters, at which time Rosemount Fire Department personnel shall be instructed as to the proper use. Bidder Complies Y or N 25